Academic Training Instruction Services for USACE Prime Power School
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE) – Mission Support Battalion (UMSB) is conducting a Sources Sought to identify qualified academic institutions capable of providing Academic Training Instruction Services for Modules B through E of the 12P Prime Power Production Specialist Course. This market research aims to identify potential sources, particularly small businesses, for a future single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Responses are due by January 23, 2026.
Scope of Work
The contractor will provide non-personal academic instruction services for the 12P Prime Power Production Specialist Course, focusing on:
- Module B: Mathematics
- Module C: Applied Physical Concepts
- Module D: Mechanical System Engineering
- Module E: Electrical System Engineering
Key tasks include:
- Providing qualified adjunct faculty with a Master's Degree in engineering science and at least three years of teaching experience.
- Reviewing the Government's Program of Instruction (POI) and awarding approximately 32 semester hours of academic credit.
- Providing up to 300 hours of reinforcement training (tutoring) per class.
- Providing up to 480 hours of POI maintenance and curriculum updates over the contract life.
- Managing fluctuating class sizes (optimum 24, maximum 35 students).
- Instruction will take place at Fort Leonard Wood, Missouri.
Contract & Timeline
- Type: Sources Sought (for preliminary planning of a future single-award IDIQ contract)
- Anticipated Duration: Five-year ordering period (one 12-month base, four 12-month options)
- Set-Aside: None specified; however, the Government is particularly interested in identifying small business capabilities.
- NAICS: 611710, "Educational Support Services"
- Response Due: January 23, 2026, 1:00 PM ET
- RFI Questions Due: January 15, 2026, 1:00 PM ET
- Published: January 8, 2026
Response Requirements
Interested parties should submit information including:
- Company details (POC, CAGE, SAM UEI, small business status, socio-economic status).
- Technical capability, including comments on the DRAFT PWS, approach to instructor recruitment, POI evaluation, class size management, and instructing military personnel.
- Three examples of comparable work within the past three years.
- Rough order of magnitude estimate, implementation timeline, and cost reduction methods.
- Identification of challenges/risks and mitigation strategies.
- Other considerations or innovative approaches.
- Specific feedback on credit award process, instructor qualifications, class size management, equipment/facilities, military personnel instruction, intellectual property, service hour tracking, cybersecurity posture (CMMC 2.0), rapid personnel deployment, and pricing structure recommendations.
Additional Notes
This is a SOURCES SOUGHT SYNOPSIS for market research only and does not constitute a Request for Proposal (RFP). No proposals are being requested or accepted. The Government reserves the right to reject any input and is not obligated to notify respondents of survey results.
Contact: Douglas Pohlman (Douglas.E.Pohlman@usace.army.mil) and Giorgiana Chen (Giorgiana.Chen@usace.army.mil).